Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 27,1999 PSA#2355

Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA 92132-0212

J -- PREVENTIVE MAINTENANCE OF GALLEY EQUIPMENT AT TWENTNINE PALMS NAVAL HOSPITAL SOL N00244-99-T-0667 DUE 061499 POC Joan Balazs FAX 619-532-2347 e-mail joan_balazs@sd.fisc.navy.mil phone 619-532-2892 WEB: Click here to obtain more information regarding FISC, http://www.sd.fisc.navy.mil. E-MAIL: Click here to contact the Contracting Officer via, joan_balazs@sd.fisc.navy.mil. This is a combined synopsis-/-solicitation for a commercial item prepared in accordance with the Federal Acquisition Regulation (FAR) Part 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and THERE WILL BE NO WRITTEN REQUEST FOR QUOTATION ISSUED. The solicitation number for this Request for Quotation is N00244-99-T-0667. This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-11. This solicitation is issued on a restricted basis, under Standard Industrial Code 7629 with a small business standard of $5.0. FISC San Diego has a requirement for the following item: CLIN 0001 -- Base Year -- Preventive maintenance contract for galley equipment located at Naval Hospital Twentynine palms CA. Period of performance October 1, 1999 through September 30, 2000. CLIN 0002 First option year, Period of Performance October 1, 2000 through September 30, 2001. CLIN 0003 Second option year, Period of Performance October 1, 2001 through September 30, 2002. CLIN 0004 Third option year, Period of Performance October 1, 2002 through September 30, 2003. CLIN 0005 Fourth option year, Period of Performance October 1, 2003 through September 30, 2004. Equipment to be covered: 1. Stero Dishwasher, Model SCT-665. 2. Hatco Water Heater, Model 3SC-M9B. 3. Carter-Hoffman Heated Storage Cabinet, Model TE8623-H. 4. Garland Gas Range, Model 44-40-R. 5. Garland Gas Grill, Model N07, Ser 47-40R. 6. Pitco, Frialator Deep Fryer. 7. Toastmaster Electric Grill, Model 7224. 8. Wyatt Griddle Electric Model EG-24. 9. Blakeslee Food Slicer, Model MP-3256-GG12. 10. Hobart Vegetable Chopper. 11. Garland Electric Tilt Kettle. 12. Columbia Coffee Makers, (2 each), 400-E (MP-2696 and MP-2697). 13. Hobart Food Mixer, Model A-200DT. 14. Hobart Food Mixer, Model 300DT. 15. Holman Toaster, Model T714. 16. Bird Meat Grinder, Model 9-12. 17. Toastmaster Electric BBQ Grill (Charbroiler). 18.Toastmaster Deep Fat Fryer, Model 1433. 19. Wells Electric Well Steam Table, Model 300. 20. Salvajor Disposal, Model 100 (1 each). 21. Salvajor, disposal, model 200 (2 each). 22. Carter-Hoffman Heated Storage Cabinet, TE-8623-H. 23. Amana Microwave, Model RFS10B and RFS11MP2. 24. Blakeslee Potato Peeler, Model 3270. 25. Vulcan Convection Oven Model EC06D (2 each). 26. USECO Steam Table Model 10-105A-SP/97-204-000. 27. Jordan Freezer, Model SAKB-22-FA. SPECIFICATIONS: Normal working hours are 8:00 AM to 5:00 PM Monday through Friday excluding Government holidays. Prior to any service being provided the service representative will contact the Nutrition Management Department to ensure that the equipment will be available and that the service is authorized. The contractor shall prove one (1) monthly Preventative Maintenance and visual inspection, to be performed not closer than 25 days, nor further than 33 days apart. The times to be determined by mutual agreement between the Nutrition Management Department and the contractor. Documentation of service provided will be left with the Nutrition Management Department in the form of a Vendors Field Service Report. The Service Report will include: 1. Contract Number and Hospital PM Number. 2. Name, Model and Serial Number of Equipment. 3. Reason for Visit. 4. Service provided. 5. A listing of all replacement parts and their prices. 6. Arrival and completion time. 7. Printed name of person providing service. The cost of repair or additional work due to the negligence, or poor workmanship on the part of the contractor or his employees, or due to their failure to follow the manufacturer's specifications, will be absorbed entirely by the contractor. The Government will absorb the cost of the repair or damage to the unit caused by misuse or negligence on the part of the user. All ravel, labor and maintenance materials are included under this contract. Any major repairs that would fall under the scope of this contract cannot be performed without prior approval from the Facilities Management Department and the Contracting Officer. A site walk-through to review the equipment will be held on 10 June 1999 at 10:30 am to 12:00, Please notify Ann Denslow at 760-830-2388 of your intention to attend the walk-through at Twentynine Palms Naval Hospital Galley, she will give you directions and arrange access to the base. Required delivery is to Twentynine Palms Naval Hospital, Twentynine Palms Calif. Acceptance shall be at destination. The following provision apply FAR 52.212-1, Instructions to Offerors Commercial Items, Addendum to FAR 52.000-1, Paragraph (b) (5) Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract. OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF THE FOLLOWING PROVISIONS WITH THEIR PROPOSALS: FAR 52.212-3, Offeror Representation and certifications Commercial Items. Clause FAR 52.212-4 Contract Terms and Conditions Commercial Items, applies as well as the following addendum clauses; FAR 52.211-5, New Material, FAR 52.211-7 Other than New Material, Residual Inventory, and Former Government Surplus Property. The clause at 52.212-5 Contract Terms and Conditions Required To Implement Statues or Executive Orders Commercial Item applies with the following applicable clauses for paragraph (b): FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans, FAR 52.222-36 Affirmative Action for Handicapped Workers, FAR 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, DFAR 252.204-7004 Required Central Contractor Registration, applies to all solicitations issued on or after 6/1/98. Lack of registration in the CCR database will make an offeror/quoter ineligible for award. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or on the Internet at http://ccr.edi.disa.mil for more information.DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items, applies with the following clauses applicable for paragraph (b), DFAR 252.225-7000 Buy American Act -- Balance of Payments Program Certificate, DFAR 252.225-7001 Buy American Act and Balance of Payment Program, and DFAR 252.225-7012 Preference for Certain Domestic Commodities. The Government intends to make a single award to the responsible Offeror whose offer is the most advantageous to the Government considering price and price related factors. Provision 52.212-2 Evaluation Commercial Items applies with paragraph (a) completed as follows: Award will be made to the Offeror that meets the solicitation's minimum criteria for technical acceptability at the lowest price. To be determined technically acceptable the Offeror must furnish product literature that demonstrates the products offered meet all requirements stated in the above purchase descriptions for Line Item one. All responsible Offerors are to submit current pricing, delivery time, payment terms, cage code, Dunn and Bradstreet number, Tax Identification Number and all applicable specifications regarding this solicitation. Also required are copies of applicable commercially published price lists pertaining to your company's products that meet the specifications. Quotes must be received no later that 3:00 p.m. PDT, 14 June 1999 and will be accepted via FAX (619-532-2347) Attn: Joan Balazs. Clause information can be downloaded from the Internet from the following addresses; http://www.arnet.gov/far/ or http://www.acq-ref.navy.mil/turbo/arp51.htm/ Posted 05/25/99 (W-SN335632). (0145)

Loren Data Corp. http://www.ld.com (SYN# 0056 19990527\J-0016.SOL)


J - Maintenance, Repair and Rebuilding of Equipment Index Page